Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
MODIFICATION

23 -- Trailer Mounted Stand Alone Photovoltaic System

Notice Date
2/8/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574110032
 
Response Due
2/28/2011
 
Archive Date
2/8/2012
 
Point of Contact
Andrea Brew Contract Specialist 3073442859 Andrea_Brew@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT IS TO EXTEND THE CLOSING DATE TO 02/28/2011. ALL OTHER INFORMATION REMAINS THE SAME. This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574110032. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-47 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code are 334413 or 423610 and the small business size standard is 500 or 100 employees respectively. PROPOSAL GUIDELINESQUOTES ARE DUE for this combined synopsis/solicitation on February 28, 2011 at 2:00 PM mountain time and shall be delivered by the specified time to the National Park Service, Yellowstone National Park PO Box 168, Yellowstone National Park, WY 82190, ATTN Andrea Brew. Faxed or emailed quotes are preferred with all required documentation; no oral quotations will be accepted. NO ORAL QUESTIONS WILL BE ACCEPTED - ALL QUESTIONS MUST BE SUBMITTED IN WRITING VIA EMAIL OR FAX. Quotes must include the following information: DATE:______________________________; CONTRACTOR:______________________; ADDRESS:__________________________; DUNS Number:_______________________; Contact Name:________________________; Phone:______________________________; Fax:________________________________; E-mail:_____________________________; Line Item #: 1, Stand Alone Photovoltaic Trailer 1 lump sum: $ __________________ INSTRUCTIONS FOR PROPOSAL CONTENT: Volume I shall address the specification SEQUENTIALLY and shall demonstrate your capability to perform all specifications (if responses are located in accompanying product literature, please cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Vendor to comply with sequentially addressing all specification or simply restating requirements or noncompliance with any of the RFQ instructions may result in your proposal being rejected and eliminated from further consideration. PROPOSAL PAGE LIMIT: The page limit for Volume I is 30 pages on an 8x11 sheet. Brochures and product literature are included in the page limit. Cover letter, Representations and Certifications (52.212-3) are not included in the page limit. The page limit for Volume II is 5 pages on an 8x11 sheet, with a font size of 10-12. PROPOSAL SUBMISSION: You must submit your proposals in two separate volumes. Volume I shall contain all non-price factors (i.e. Delivery Date, Past Performance, and Experience). Volume II shall contain Price information only. Submit both volumes to the attention of the Contract Specialist, Andrea Brew. Please submit: (1) One original and one copy of Volume I. (2) One original and one copy of Volume II. If being submitted by email the correct number of copies will be printed. BACKGROUNDThe Bechler Ranger (Soldier) Station was established in 1910 in a remote outpost that was occupied by the US Army to help curb the growing threat of illegal hunting in the park. The Ranger Station is located in the most remote location within the lower 48 United States. Today the National Park Service (NPS) operates the facility from May until November (due to the severity of the winters). It functions as a public contact area for hikers, backpackers, fishermen and tour groups. Approximately six rangers reside at the facility during the summer season. SCOPE OF WORK Currently, the NPS facilities depend on a 20 KW propane generator to supply all electrical requirements. The generator operates 24 hours a day from early May until late October. The generator powers a large well pump for supplying potable water for employees and visitors as well as providing water for the fire suppression system. Additionally, all employee residences and a public contact station are powered by the generator. In the past, the park examined the feasibility of installing a photovoltaic system that would reduce the dependency of the propane generator. Due to the severe winter months, it was realized that the batteries would have to be removed from the area every fall and re-installed every spring. The permanently installed solar panels would be subjected to very heavy snow loads (up to 10ft) and would also have to be disconnected every fall. As a result, it was determined that a permanent photovoltaic system would not be practical. Through technological advances, various companies now produce state-of-art photovoltaic systems that are portable. The solar panels are mounted on the roof of an enclosed trailer that houses the battery bank; all switch gear, DC/AC inverter and a high efficiency backup propane generator. This application would be ideal for the Bechler Ranger Station, as the trailer would be moved out of the area during the winter months and used in different areas of the park where winters are not as severe. It is anticipated that the trailer unit will provide over 80% renewable energy for the Bechler complex. This will result in an estimated reduction of over 21 metric tons of green house gases, annually. Over 5,000 visitors enjoy the Bechler area every summer; hence the park will have a tremendous opportunity to inform/educate visitors on the environmental attributes of producing electricity from the sun. It is envisioned that this project will serve as a model for other remote sites within Yellowstone NP and other national parks within the United States. Lastly, the trailer will be used during the winter months in a variety of venues throughout the Yellowstone region that will result in high visibility benefits. This will include special park headquarters events, traveling to various high schools and universities within Montana, Idaho and Wyoming and regional gateway community functions. STATEMENT OF WORKTRAILER MOUNTED STAND-ALONE PHOTOVOLTAIC SYSTEM1.1 - GENERAL SUMMARY This section includes the design, fabrication, and delivery of a trailer mounted photovoltaic power system with batteries, inverters, and generator for off-grid power application. QUALITY ASSURANCE Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a testing agency and marked for intended use: DOCUMENTATION Upon delivery of the trailer provide the following documentation: Manufacturers Data: Product literature, warranties, and operation and maintenance data for each system component included in the system. Including but not limited to solar modules, inverters, mounting equipment, disconnects, batteries, & generator. Shop Drawings: Detailed drawings showing the mounting system, enclosures, system arrangement, and support. Connection Wiring Diagram: 3 line wiring diagram showing equipment layout, DC and AC power wiring for complete system. Instructions: Detailed instructions on how to deploy and operate the system including emergency operation, shutdown, and maintenance procedures. Tests: Provide documentation of system tests verifying PV circuits, proper inverters & generator operation and capability of meeting the design parameters. PRODUCTS System Description and Design General: Provide a trailer mounted, photovoltaic system consisting of PV panels, inverters, batteries, wiring, enclosures, generator and accessories for a complete and operable mobile system to provide 120/240 volt service to nearby Ranger Station distribution panel & interface with the existing generator system. Power Requirements: As per Bechler Ranger Station energy Audit, specifying a peak load of 14 kW's and an average daily load of 20.93 kWhr's. Design Parameters: The following photovoltaic system design parameters were determined based upon the power requirements stated above: Location: Bechler Ranger Station, Yellowstone National Park. Months of Operation: May to October. Battery Storage: 3 days of autonomy due to cloudy weather. Concurrent or simultaneous load: 14,000 Watts Daily Load: 20,930 Watt-hours per day Inverter Efficiency: 80% System Voltage: 48 V DC Line Voltage: 120/240 Solar Array Capacity: 9,000 Watts. Electrical Components: UL listed and meeting NEC requirements. Solar Array: Permanently wired for 48 V nominal operation, custom modular array assembly consisting of solar panels permanently attached to the trailer. Assembly materials and hardware to be aluminum or stainless steel. Array Design: Arrays hinged and designed to fold flat to the roof or side of the trailer for transport. Once deployed arrays should allow for various seasonal angles. Onboard Generator: Onboard generator to be an 18 kW water-cooled, propane (vapor) generator. Enclosure: Minimum three compartments, one for power system & electronics, one for batteries, one for on board generator. Electronic Section: Includes solar controllers, inverters and disconnects. All penetrations to outside & other compartments of the trailer sealed to keep gasses and moisture from entering the electronics compartment. Battery Section: Vented battery section with stainless steel screen over louvered vents. Powered ventilation providing a minimum of 6 air exchanges per hour. Provide battery hold-downs. Generator Section: The generator shall be mounted inside the trailer with exhaust louver venting to the outside of the trailer. A motorized louver of sufficient size to provide makeup and cooling air, mounted on the opposite side of the trailer from the exhaust side. Power Connections and Disconnecting Means: Provide disconnecting switch or circuit breaker to disconnect photovoltaic system and to disconnect and protect line voltage equipment supplied by equipment harnesses. Locate power harnesses to site generator connections, line voltage power outlets & grounding harness on left side of trailer (street side). Generator Input Harness: Provide 30 foot power cord rated for 50 Amp 120-240 Volt (single phase) with minimum #6 copper conductors. Connect one end of harness to trailer mounted flanged inlet, connect the other end to a single receptacle located near the generator building. All plugs, connectors, inlets, & receptacles are California Style (CS6364, CS6365, etc.). Generator Control Harness: Provide 30 foot power cord rated for 15 Amp 120 volt with minimum #14 copper conductors. Connect one end of harness to trailer mounted flanged inlet, connect the other end to a single receptacle located near the generator building. All plugs, connectors, inlets& receptacles are Midget locking devices (Nema # ML 2). Label both ends of cord "Low Voltage Use Only". System Output Harness: Provide 30 foot power cord rated for 50 Amp 120-240 Volt with minimum #6 copper conductors. Connect one end of harness to trailer mounted flanged inlet, connect the other end to a single receptacle located near the generator building. All plugs, connectors, inlets, & receptacles are California Style (CS6364, CS6365, etc.). System Output & Generator Input harnesses & cords should be polarized to eliminate cross connecting the system inputs & outputs. Grounding Harness: Provide 30 foot #6 stranded copper wire with green-colored insulation. Connect one end of harness to ground lugs on trailer. Connect the other end of the harness to ground lug at receptacle location for system inputs & outputs. Charge Controller: Provide solar charge controllers with temperature compensation & maximum power point tracking. Batteries: AGM VRLA batteries (or equivalent) wired for 48 VDC nominal. Provide sufficient batteries to provided 3 days of autonomy with 50% depth of discharge. Batteries must have a capacity of at least 4,800 amp hours. Inverters: UL listed, minimum of 14,000 Watt total combined power 120/240 VAC inverters with 5 year warranty. Provide each with the following: Waveform: Sinusoidal DC input: 48 Volt AC Output: 120/240 VACContinuous power: Minimum 14,000 Watts Surge power: 28,000 Watts Output Voltage: 120/240 Vac Input Voltage: 120/240 Vac Wiring & Cables: Wiring in DC and AC circuits to be sunlight resistant and wet/dry rated 600V, 90 deg C. Provide, install and protect wiring in accordance with NEC Article 690 "Solar photovoltaic Systems." Trailer: Standard 28 foot length by 8.5 foot width tandem or triple axle mobile trailer with treated wood floor, spare tire & standard gooseneck hitch. Coupler type: 2 5/16-25,000lb adjustable. Electric trailer drum brakes must work in conjunction with the tow vehicle; lights and brakes must meet all U.S Department of Transportation safety requirements. Gross vehicle weight must be a minimum of 16,000 lbs. The color shall be a standard white with an aluminum skin. Frame construction: 2 X6 or 4 X 8 tube. The trailer shall have a standard side door (48" X 72"). A standard sliding rear ramp is required. A minimum three year warranty will be required. Grounding: Ground & bond photovoltaic system and metal parts, frames and equipment in accordance with manufacturer's instructions and NEC. Warranty: Standard manufacture's warranties. 1.2 - Period of Performance: The unit months of operation: May to October 1.3 -Preproposal Conference: There is no prebid/conference scheduled for this effort. 1.4 - Location Description: Bechler Ranger Station, Yellowstone National Park CLAUSES AND PROVISIONS Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the evaluation factors noted below; b) price proposal; c) quoters shall complete and return with their quotation a copy of provisions 52.212-3 Offer Representations and Certifications - Commercial Items (may be completed online); d) acknowledgement of any solicitation amendments. 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. DELIVERY DATE: delivery is requested by May 1, 2010. Standard of Acceptability: Offer must be able to delivered completed unit prior to May 1, 2011 Proposal must include delivery date.. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Prior Experience:"Prior Experience" is differentiated from "Past Performance" in that this is factual, documented, information about specific work the offeror has performed, which demonstrates the offeror's ability to accomplish the work. Standard of Acceptability: The offeror shall have successfully completed, as the prime contractor, 3 projects, similar to the work required by this solicitation, within the past 10 years. Past Performance: Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. Basis for Award: The basis for award will be technically acceptable/low price, which will be based on consideration of the following factors: 1) Delivery Date, 2) Past Performance and 3) Prior Experience. The Government intends to evaluate proposals and award a Contract without discussions. Therefore, each initial offer shall contain the Contractor's best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. IMR2009-01 Prohibition of All Terrain Vehicles (ATV) s - Intermountain Region The contractor is prohibited from utilizing All-Terrain Vehicles (ATV) s on National Park Service lands. ATV is defined as: A motorized off-highway vehicle (OHV) traveling on four or more low-pressure tires, having a seat to be straddled by the operator and a handlebar for steering control. Use of Utility Terrain Vehicles (UTVs) are permitted. UTV (also called a side-by-side) is defined as: A motorized OHV having four or more low pressure tires, designed with side-by-side seats, seatbelts, steering wheel, and optional cab, brush cage, or ROPS. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574110032/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02375226-W 20110210/110209060104-189a8ee3d8b8f439055bcda360bda6be (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.